Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana

Similar documents
Procurement of Goods, Works and Non- Consultant Services

National Science Foundation Ministry of Science, Technology & Research

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

STANDARD TENDER EVALUATION REPORT FORMAT FOR PROCUREMENT OF WORKS (MAJOR CONTRACTS)

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /

EVALUATION REPORT PUBLICATION REF.:

INSTRUCTIONS TO BIDDERS

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

SIMLAW Seed CoMpAny LIMIted

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

Procurement of Goods

POLICIES AND PROCEDURES ENGINEERING SERVICES DEPARTMENT

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

GENERAL DIRECTORATE FOR REGIONAL DEVELOPMENT PHARE FOUNDS

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

COUNTY GOVERNMENT OF NYERI

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

A F R I C A N U N I O N Standard Bidding Document

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes)

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

ARN Procurement Regulations Utility Sectors 2016

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Tender for the installation and construction of Mwalija Solar Powered Irrigation Scheme in Chikwawa District: Publication reference: MWI

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING

Procurement of Works, Major Equipment and Industrial Installations

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

ROADS AND FLEET MANAGEMENT DEPARTMENT

North American Development Bank. Engagement of Consultants

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

Section IX. Bidding Forms TABLE OF CONTENTS

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No:

B I D D I N G D O C U M E N T S

Casework Technical Support (Social Welfare - Project Management)

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

SUPPLY CONTRACT NOTICE

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

Services for Assessment, Designing and Implementation of IT Governance Framework

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS

GUJRANWALA ELECTRIC POWER COMPANY LIMITED

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/

ARN2016 Procurement Regulations Utility Sectors 2016

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

REPUBLIC OF KENYA MINISTRY OF HEALTH

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

ETHICS AND ANTI-CORRUPTION COMMISSION

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO.

Section IV. Bidding Forms

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO TENDER FRAMEWORK AGREEMENT FOR PSDP CONSULTANT SERVICE

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

INSTRUCTIONS TO TENDERERS

Tender Document. Implementing Partner for Support to Rule of Law and Human Rights, Myanmar ; Denmark-Myanmar Country Programme

COUNTY ASSEMBLY OF KILIFI

REPUBLIC OF SEYCHELLES

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/

The Kenya Power & Lighting Co. Ltd.

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015

Public document to be completed by the Contracting Authority SUPPLY CONTRACT NOTICE

EUROPEAN COMMISSION Directorate-General for Education and Culture

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

Design Team Procedures Practice Note 1, February DESIGN TEAM PROCEDURES PRACTICE NOTE 1 (Revision 2)

JOINT WARFARE CENTRE CONTRACTOR SUPPORT FOR SCENARIO PRODUCTION PART I BIDDING INSTRUCTIONS IFIB ACT-JWC-14-07

Info Session Supply of Agricultural machines 1

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER SUPPLY AND DELIVERY OF MEDICAL EQUIPMENTS

REQUEST FOR TENDERS IN THE PROCEDURE FOR AWARDING PUBLIC SERVICES CONTRACTS AS SET OUT IN ANNEX II. B OF THE PUBLIC PROCUREMENT ACT

SUPPLY CONTRACT NOTICE

Public Procurement Act 15 of 2015 section 79

PART I INSTRUCTIONS TO PERSON TENDERING

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

Procurement of Non-Consultant Services

TENDER DOCUMENT FOR DISPOSAL OF OBSOLETE, UNSERVICEABLE, AND SURPLUS STORES AND EQUIPMENT TENDER NO.KDB/D/2017

PROCUREMENT POLICY January 2018

TENDER NO: MSU/T/ 19 / FOR: SUPPLY AND DELIVERY OF DAY OLD CHICKS AT MASENO UNIVERSITY

Government of Sindh. SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kiyani Road, Karachi-Pakistan Bidding Document.

Request for Quotation (RFQ) for Vehicle. Item - Project Title : Enhancing Rural Livelihoods and Incomes Project -ERLIP

REPUBLIC OF KENYA TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/ JANUARY 2017

Market Procedure: Network Control Services

SUPPLY CONTRACT NOTICE

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

Projet d Appui au Développement local dans le Nord du Liban (ADELNORD)

Transcription:

STANDARD TENDER DOCUMENTS Standard Tender Evaluation Format Procurement of Goods or Works Public Procurement Board Accra, Ghana

1 Preface Procurement under projects financed from the Public Funds of the Republic of Ghana, is carried out in accordance with the procedures laid down in the Public Procurement Act, 2003 (Act 663) This Standard Tender Evaluation Format has been prepared for use by Procurement Entities in the evaluation of Tenders procured through International Competitive Tendering (ICT), as well as through Limited International Tendering (LIT). It should also prove useful, with appropriate modifications, for evaluation under National Competitive Tendering (NCT) procedures. The procedures and practices they convey have been developed through international experience. Upon notification of contract award to the successful Tenderer by the procurement Entity, and in accordance with the Public Procurement Act, 2003 (Act 663) the Public Procurement Board is authorized to publish a description of the contract, the name and nationality of the contract awardee, and the contract price in the Public Procurement Bulletin. Additional information on Public Procurement in the Republic of Ghana can be obtained from: Public Procurement Board Accra, Ghana Telephone: Facsimile: Email:

Tender Evaluation Report and Recommendation for Award of Contract Name of Project: Contract Name: Contract Number: Date of Submission:

TABLE OF CONTENTS Summary Evaluation Data and Award Recommendation FORMS 1. Record of Tender Prices at Opening 2. Preliminary Examination of Tenders (2, 2a 2b,) 3. Substantially Non-responsive Tenders 4. Correction, Conversion and Adjustment of Tender Prices 5. Tenders Subject to Detailed Evaluation 6. Evaluation of Tenders 7. Comparison of Tenders 8. Postqualification ANNEXES 1. Contract Data Sheet 2. Checklist for Opening of Tenders 3. Minutes of Tender Opening 4. Register of attendance at Tender Opening 5. List of Firms that Purchased Tender Documents 6. Minutes of Pre-Tender Meeting (if applicable) 7. Log of Clarifications Requested by Tenderers and Responses Issued 8. Log of Addenda to Tender Documents Issued 9. Log of Clarifications Requested and Responses Received 10. Log of Complaints and appeals received ATTACHMENTS 1. 2. 3. 4. etc.

Section I. Standard Tender Evaluation Forms.

Summary Evaluation Data and Award Recommendation 1. Project Name: Project Number: 2. Contract Name: Contract Number: 3. Tender Opening Date: 4. TENDER EVALUATION SUMMARY: No. Tenderer Read-out Tender Price Converted to Common Currency Substantially Responsive (Yes or No) Evaluated Tender Price Rank Remarks 5. The lowest evaluated tender has been determined (not) to be qualified and capable of performing the contract [if not give reasons for disqualification] 6. On the basis of the evaluation (outlined in the attached Report), which was carried out in accordance with the Tender Documents, we recommend accepting the tender of the lowest evaluated tenderer [name of tenderer], which has been determined as qualified and capable of performing the Contract and the following provisions: Remarks: - state relevant information at opening such as discounts, modifications, alternatives etc. - if a tender was declared non-responsive the specific reasons must be given

[specify provisions such as corrected arithmetic errors, minor deviations, alternatives recommended for acceptance, variations in quantities at awards, etc.] Evaluation Panel: Name Signature Date

FORM 1 Project: Contract: The following tenders were received by the tender closing deadline fixed at [time], on [date] and were immediately opened thereafter: Table 1. Record of Tender Prices (as read out) at Opening No. Name (a) Tenderer Identification Read-out Tender Price(s) Modifications or Comments or Discounts 1 (f) Address (b) Nationality (c) Currency (ies) (d) Amount(s) or % (e) Etc. 1 Describe any modifications to the read-out Tender, such as discounts offered, withdrawals, and alternative Tenders. Note also the absence of any required Tender security or other critical items.

FORM 2 Table 2. Preliminary Examination Tenderer Verification Eligibility Tender Completeness Substantial Acceptance for Security of Tender Responsiveness Detailed Examination (a) (b) (c) (d) (e) (f) (g) etc. Note: For explanations of headings, see Guidance Notes on Opening & Evaluation of Tenders.

Table 2(a). Preliminary Examination (Commercial Responsiveness) FORM 2(a) Tenderer Commercial Spec. 1 [Indicate 2 Provision in Tender Doc.] Commercial Spec. 2 [Indicate Provision in Tender Doc.] Commercial Spec. 3 [Indicate Provision in Tender Doc.] Commercial Spec. 4 [Indicate Provision in Tender Doc.] Commercially Responsive / Non-Resposive 3 Acceptance for Detailed Examination (a) (b) (c) (d) (e) (f) (g) etc. 2 List here all the conditions provided in the Tender Documents, which Tenderers must comply for their tenders to be considered commercially responsive. 3 Reason(s) for non-responsiveness must be stated in Table 3, Form 3

Table 2(b) Preliminary Examination (Technical Responsiveness) FORM 2(b) Tenderer Technical Spec. 1 [Indicate 4 Provision in Tender Doc.] Technical Spec. 2 [Indicate Provision in Tender Doc.] Technical Spec. 3 [Indicate Provision in Tender Doc.] Technical Spec. 4 [Indicate Provision in Tender Doc.] Technically Responsive / Non- Responsive 5 Acceptance for Detailed Examination (a) (b) (c) (d) (e) (f) (g) etc. 4 List here all the conditions provided in the Tender Documents, which Tenderers must comply for their tenders to be considered technically responsive. 5 Reason(s) for non-responsiveness must be stated in Table 3, Form 3

FORM 3 Table 3 Substantially Non-responsive Tenders The following tenders were rejected as substantially non-responsive: No. Tender Reasons for Rejection Etc.

FORM 4 Table 4 Corrections and Unconditional Discounts Tenderer Read-out Tender Price(s) Corrections Corrected Tender Price(s) Unconditional Discounts 2 Corrected/Discounted Tender Price(s) Currency(ies) Amount(s) Computational Provisional Percent Amount(s) Errors 1 Sums (a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) (h) etc. Note: Only Tenders surviving the preliminary examination should be included in this and subsequent tables. Columns a, b, and c are from Table 1 (columns a, d, and e, respectively). 1 Corrections in column d may be positive or negative. 2 If the discount is offered as a percent, column h is normally the product of the amounts in columns f and g. Refer to para. 6(c) of the Guidance Notes on Opening & Evaluation of Tenders. If the discount is provided as an amount, it is entered directly in column h. A price increase is a negative discount.

14 Section I. Tender Evaluation Standard Forms Table 5. Exchange Rates Currency Used for Tender Evaluation: Effective Date of Exchange Rate: Authority or Publication Specified for Exchange Rate: Note: Attach copy of exchange rates provided by specified authority or publication.

Table 6A. Currency Conversion (Multiple Currencies) Specify Evaluation Currency: Tenderer Currency(ies) of Tender Corrected/Discounted Tender Price(s) Applicable Exchange Rate(s) 1 Evaluation Currency Tender Price(s) Total Tender Price 2 (a) (b) (c) (d) (e) = (c) x (d) (f) etc. Note: Columns a, b and c are from Table 4, columns a, b and i. 1 Column d is from Table 5. 2 Column f is the sum of Tender prices in column e for each Tenderer.

Table 6B. Currency Conversion (Single Currency) Specify Evaluation Currency: Tenderer Corrected/Discounted Payment Composition 1 Exchange Amounts in Exchange Evaluation Currency Tender Price Currency Percent of Amount in Rate Used Currency Rate for Tender Total 3 (in specified currency) of Payment Total Tender Evaluation Currency by Tenderer 1 of Payment Evaluation 2 Prices (a) (b) (c) (d) (e) = (b) x (d) (f) (g) = (e) x (f) (h) (i) = (g) x (h) (j) etc. Note: Columns a and b are from Table 4, columns a and i. 1 Columns c, d, and f are provided in the STDLW Appendix to Tender and in the (Form of) Contractor s Tender in the STDSW. 2 Column h is from Table 5. 3 Column j is the sum of Tender prices in column i for each Tenderer.

Table 7. Additions, Adjustments, and Priced Deviations Specify Evaluation Currency: Additions 2 Adjustments 2 Priced Deviations 2 Total Price Tenderer Corrected/Discounted Tender Price 1 (a) (b) (c) (d) (e) (f) = (b) + (c) + (d) + (e) etc. 1 Column b is from either Table 8, column f or Table 9, column j. 2 Each insertion in columns c, d, or e should be footnoted and explained in adequate detail, accompanied by calculations. Refer to paras. 6(e), 6(f), and 6(g) respectively of the Guidance Notes on Opening & Evaluation of Tenders.

Table 8A. Domestic Preference for Goods Specify Evaluation Currency: Revised Total Prevailing Tenderer Domestic Total Price 2 Exclusions for Domestic Preference Price 6 Total Preference Preference 3 Tariff Preference Comparison Price Group 1 (%) 4 (%) 5 (a) (b) (c) (d) (e) = (c) (d) (f) (g) (h) (i) = (c) + (h) etc. 1 Column b refers to Groups A, B, or C, as indicated by Tenderer, subject to verification by the Evaluation Panel. 2 Column c is from Table 7, column f. If the lowest total price is from a Group A or Group B Tenderer, it is the lowest evaluated Tenderer, and the remainder of the table need not be filled out. Columns d through h need to be filled out only for Group C Tenders. 3 Column d is the sum of costs in columns d and e from Table 7 plus other costs incurred within Ghana. Footnotes should be provided to explain the significant components of column d. 4 Column f is the sum of duties and import taxes on the particular items or group of similar items as a percent of the CIF or CIP price. Refer to para. 7(a) of the Guidance Notes on Opening & Evaluation of Tenders. 5 Column g will be the smaller of 20 percent or the prevailing tariff in column f. 6 Column h for Group A Tenderers is zero. Group B Tenders at this stage should no longer be compared. For Group C Tenderers, column h is the product of columns e and g.

Table 8B. Domestic Preference for Works Specify Evaluation Currency: Total Price 2 Exclusions for Revised Total Preference 4 Total Comparison Tenderer Domestic Preference Group 1 Preference 3 Price (a) (b) (c) (d) (e) = (c) (d) (f) (g) = (c) + (f) etc. 1 Column b refers to Group A (eligible domestic Tenderers) or Group B (others) as indicated by Tenderer, subject to verification the Evaluation Panel. 2 Column c is from Table 7, column f. If the lowest priced Tender is from a Group A Tenderer, it is the lowest evaluated Tenderer, and the remainder of the table need not be filled out. 3 Column d is the sum of costs in columns d and e from Table 7. An attachment should be provided to explain the significant components of column d. Columns d and e may be left blank for Group A Tenderers. 4 Column f for Group A Tenderers is zero. For Group B Tenderers, column f is 10 percent of column e.

Table 9. Postqualification Tenderer Qualifying Criteria. 1 [Indicate 1 Provision in Tender Doc.] Qualifying Criteria. 2 [Indicate Provision in Tender Doc.] Qualifying Criteria. 3 [Indicate Provision in Tender Doc.] Qualifying Criteria. 4 [Indicate Provision in Tender Doc.] Substantially Responsive/Non- Responsive 2 to Postqualification Criteria (a) (b) (c) (d) (e) (f) (g) Remarks etc. 1 List here all the Qualifying Criteria for Postqualification provided in the Tender Documents, which Tenderers must comply with for their them to be considered for Contract Award. For each criteria, indicate yes for satisfactory and no for unsatisfactory 2 Give reason(s) for substantial responsiveness as footnote(s)

Table. Proposed Contract Award 1. Lowest evaluated responsive Tenderer (proposed for contract award). (a) name (b) address 2. If Tender submitted by agent, list actual supplier. (a) name (b) address 3. If Tender from joint venture, list all partners, nationalities, and estimated shares of contract. 4. Principle country(ies) of origin of goods/materials. 5. Estimated date (month, year) of contract signing. 6. Estimated delivery to project site/completion period. Currency(ies) Amount(s) or % 7. Tender Price(s) (Read-out) 1 8. Corrections for Errors 2 9. Discounts 3 10. Other Adjustments 4 11. Proposed Award 5 1 From Table 4, columns b and c. 2 From Table 4, column d. 3 From Table 4, column h. Include any cross-discounts. See Guidance Notes on Opening & Evaluation of Tenders, para. 7(b). 4 All adjustments should be explained in detail. 5 Sum of the prices in Items 7 10. For single currency Tenders, express secondary currency amounts as percentages.

Section II. Annexes

Tender Opening Checklist (To be filled out for each Tender as it is read out) ANNEX I Contract Name: Tender Opening Date: Contract No: Time: Name of Tenderer: (a) (b) (c) (d) Is outer envelope of Tender sealed? Is Tender form completed and signed? Expiration date of Tender: Is documentary authority for signing enclosed? (e) Amount of Tender security (if required): (state currency) (f) (g) (h) Describe any Substitution, Withdrawal, or Modification submitted Describe any alternative Tender made: Describe any discounts or modifications offered: (i) Additional comments: 1 (j) Name of Tenderer or representative present: (k) Total Tender price: (list currencies and amounts or percentages) 2 Signature of responsible official: Date: 1 Read out and record model numbers of equipment. 2 If Tender is for a package of contracts, the price for each lot or item should be read out.

Minutes of Tender Opening ANNEX 2 1. Time and Place for Tender Opening 2. Employer s Representative present 3. Tenderers Representatives present (Annex 3) 4. Number of tender receipts and number of tenders on the table 5. Any tenders received late 6. Withdrawal notices 7. Modification notices 8. Tender details for each tender as opened: a. Time received b. Name of Tenderer c. Tender amount d. Any modification e. Any discounts, alternatives, etc. f. Tender security 9. Comments from the floor 10. Statement to all tenderers that the evaluation process is confidential and any attempt by a tenderer or its agents to influence the Employer s evaluation of tenders or award decisions, including the offering or giving of bribes, gifts or inducements, could result in the invalidation of its tender and the forfeiture of its tender security. All contact with tenderers will be for the purpose of clarification and will be initiated by the Employer in writing.

ANNEX 3 Register of Attendance at Tender Opening No Name Tenderer Signature

ANNEX 4 List of Firms that Purchased Tender Documents No. Firm Date

Minutes of Pre-Tender Meeting (if applicable) ANNEX 5

Log of Clarifications Requested by Tenderers and Responses Issued ANNEX 6 No. Date Request Received Date Response Issued Brief Description of Clarification

Log of Addenda to Tender Documents Issued ANNEX 7 No. Reference to Clause or Paragraph or in Tender Documents Date issued

ANNEX 8 Log of Clarifications Requested by the Employer and Responses Received No. Tenderer Date Request Sent Date Response Received Brief Description of Issue

ANNEX 9 Log of Complaints and Appeals Received No. Tenderer or Appellant Date Received Brief Description of Issue